Loading...
Backup Documents 04/08/2025 Item #16B 6 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 B 6 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. 2. Coastal Zone Management 3. County Attorney Office County Attorney Office Cry) i q 2 4. BCC Office Board of County Commissioners S , / k/ Vito 5. Minutes and Records Clerk of Court's Office ll (/au►u, ti, 1,6V4524" PRIMARY CONTACT INFORMATION t Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Andrew Miller—TMSD—Capital Project Phone Number 239.252.2922 Contact/ Department Planning, Impact Fees and Program Management Agenda Date Item was 04/08/2025 Agenda Item Number 16.B.6 Approved by the BCC Type of Document Work Order—APTIM—Naples Renourishment Number of Original 1 Attached Documents Attached PO number or account N/A number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature AAM 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address; Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be AAM signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the AAM document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's AAM signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 12/12/2023 and all changes made during AAM the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the AAM BCC,all changes directed by the BCC have been made,and the document is ready for the Chairman's signature. I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 16B 6 WORK ORDER/PURCHASE ORDER Contract 18-7432-CZ"Professional Services Library-Coastal Engineering Category" Contract Expiration Date: March 9,2026 This Work Order is for professional Engineering services for work known as: Project Name: 2025 Naples Beach Renourishment Project No: 90068,I The work is specified in the proposal dated January 31, 2025 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above,this Work Order/Purchase Order is assigned to: APT1M Environmental& Infrastructure, LLC Scope of Work: As detailed in the attached proposal and the following: * Task I Pre-Construction Survey * Task 2 Design, Construction Plans & Specifications * Task 3 Bidding Assistance&Notice to Proceed * Task 4 Engineer of Record Schedule of Work: Complete work within 270 days from the date of the Notice to Proceed which is accompanying this Work Order. The Consultant agrees that any Work Order that extends beyond the expiration date of Agreement# 1 8-7432-CZ will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Work Order. Compensation: In accordance with the Agreement referenced above, the County will compensate the Firm in accordance with following method(s): ®Negotiated Lump Sum (NLS) ❑Lump Sum Plus Reimbursable Costs (LS+RC) Time & Material (T&M) (established hourly rate— Schedule A) D Cost Plus Fixed Fee (CPFF), (define which method will be used for which tasks) as provided in the attached proposal. Task I $42,467.80 Task 2 $35,203.00 Task 3 $9,270.80 Task 4 $62,068.80 TOTAL FEE $149,010.40 Digitally signed by MillerAndrew M`lerAndfew Date 2025.0226 PREPARED BY: 15'18.43.0500 Andrew Miller Coasts'Zone Manager Date Anthony Anntthonyw,awafeP.E. APPROVED BY: Khawaja P.E.°2355 -0500'7 Jay Ahmad, Director Transportation Engineering Date Digitally signed by A h m a' ' )' Dee:2025.03.07 APPROVED BY: 14:15:40.05'00• Trinity Scott, Department Head Date Page 1 of 3 CAO 16B 6 By the signature below, the Firm (including employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial,contractual,organizational, or otherwise)which relates to the proposed work; and bear on whether the Firm has a potential conflict have been fully disclosed. Additionally,the Firm agrees to notify the Procurement Director, in writing within 48 hours of learning of any actual or potential conflict of interest that arises during the Work Order and/or project duration. ACCEPTED BY: APTIM Environmental &Infrastructure, LLC Jeffrey n°elllyyssigned by Jeffrey AndAndrews Date:2025.03.06 11:52 42-05'00' Jeffrey Andrews, Director Date (Remainder of page intentionally left blank) Page 2 of 3 ( OAO 16B 6 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Work Order on the date and year first written below. ATTEST: BOARD OF COUNTY COMMISSIONERS CRYSTAL K. KINZEL. Clerk of Courts COLLIER COUNTY, FLORIDA ,,r gy; By; „4 iy..l�- Burt L. Saunders, Chairman Dated: R` ' (S°, .-I:,) A e t"as.�to Ch irman's '''e. .,Si,ghature only APTIM Environmental & Infrastructure, LLC Digitally signed by Jeffrey Jeffrey Andrews Andrews By: Date:2025.03.06 1 2:55:58-05'00' First Witness Signature TType/print signature and thief TType/print witness name1 Second Witness TType/print witness namel' Approved as to Form and Legality: 4\ 11�C, ssistant ounty Attor ey co leenm , CveeiL Print Name Page 3 of 3 S 16B 6 APTIM 6401 Congress Avenue, Suite 140 Boca Raton, FL 33487 Tel: +1 561 391 8102 www.aptim.com APTIM January 31, 2025 Andy Miller Collier County Coastal Zone Management 2685 S. Horseshoe Drive, Unit 103 Naples, FL 34104 Re: Engineering Services for 2025 Naples Beach Renourishment Project (Contract No. 18-7432-CZ) Dear Andy: This letter is in response to Collier County's (County) request for a proposal for Aptim Environmental & Infrastructure, LLC (APTIM) to support the County in conducting beach renourishment activities on Naples Beach (R58A-R79) beaches. APTIM will perform professional services including pre-construction survey, engineering design, preparation of construction plans and technical specifications, coordination with permitting agencies for a Notice to Proceed, and serve as the Engineer of Record for the construction event. Included as Exhibits are: the Scope of Work(Exhibit A), Fee Proposal (Exhibit B), and the Rate Schedule (Exhibit C). APTIM proposes to provide these services on a lump sum basis with a cost of $149,010.40 under the terms and conditions of the existing Contract No. 18-7432-CZ and as amended May 7, 2020. Barring any unforeseen circumstances, all work will be completed within 270 days of receiving the Notice to Proceed. Sincerely, Nicole S. Sharp, P.E. Director, Coastal Sciences Engineering Aptim Environmental & Infr structure, LLC cc: James Austin, P.E., APTIM Steve Keehn, P.E., APTIM 16B 6 APTIM Exhibit A Scope of Work 2 Cq0 1 6B 6 EXHIBIT A SCOPE OF WORK 2025 NAPLES BEACH RENOURISHMENT PROJECT COLLIER COUNTY, FL JA NUA RY 2025 Introduction This is a scope of work for Aptim Environmental & Infrastructure, LLC (APTIM) to provide the engineering services described below to support the County in preparing the pre-construction survey, design, plans and specifications, bidding, construction&permit documents for conducting a truck haul beach renourishment project on Naples Beach (R-58A to R-79). This proposal contains the tasks necessary to bring the project through construction. APTIM will assist the County in preparing for construction by conducting analyses to determine project extents and volumes, producing construction plans and technical specifications, coordinating with FDEP for Notice to Proceed, and providing bidding assistance to the County. APTIM will support the County's inspection efforts during construction and will develop the post-construction certification based largely on the surveys, reports and observation of the contractor and the County during construction. .1. Pre-Construction Survey This task includes pre-construction survey services for 204 profiles from R-58A-500 to R-79. This includes 25 Depth of Closure(DOC) lines at FDEP monuments and necessary intermediates, as well as 179 upland and wading depth lines at 100' spacing between FDEP monuments. The 179 upland and wading depth lines will extend seaward to 150' past the construction toe of fill, and will at least extend landward of the landward limit of fill. Prior to the start of the survey, reconnaissance of published National Geodetic Survey (NGS) and/or FDEP 2nd order control monuments will be conducted to confirm that survey control is in place and undisturbed. Global Navigation Satellite System (GNSS) techniques will be used to locate and confirm survey control for this project. Horizontal and vertical positioning checks will be conducted at the beginning and end of each survey day using at least two (2) 2nd order monuments or TBMs in the project area. All survey data collected will meet the vertical accuracy required for this survey as outlined in FDEP monitoring standards of 0.16' US survey feet. The horizontal positions will be collected in United States (U.S.) survey feet relative to the North American Datum of 1983/1990 (NAD 83/90), FIPS Florida East (0901) State Plane. All vertical data will be collected in U.S. survey feet relative to the North American Vertical Datum of 1988 (NAVD 88). Surveyors will collect upland and nearshore portions of the cross-section using GNSS rovers. Offshore sections of the profiles will be collected using an Teledyne Marine E20 sounder with digitizer on the survey vessel, with a centrally located hull-mounted transducer. A Trimble GNSS and a dynamic motion sensor (or similar) will be used onboard the survey vessel to provide instantaneous tide corrections as well as attitude corrections. To maintain the vessel navigation Aptim Environmental & Infrastructure, LLC CA10 16B 6 along the profile lines, HYPACK navigation software will be used for real time navigation and data acquisition. The sounder will be calibrated with a sound velocity probe and conventional bar-check at the beginning and end of each survey day. Bar-checks will be performed as a redundant calibration from a depth of five (5) feet to a minimum depth of twenty (20) feet, Tide readings will be taken while conducting the onshore portion of the profile to verify onboard tide readings. All work shall be conducted under the direct supervision of a licensed Florida Professional Surveyor and Mapper as well as an American Congress of Surveying and Mapping Certified Hydrographer and will be in accordance with Chapter 5J-17 Florida Administrative Code(F,A.C.) pursuant to Chapter 472 of the Florida Statutes (FS) as well as the May 2014 FDEP Monitoring Standards for Beach Erosion Control Projects, Sections 01000 and 01100. Deliverables for this task will include XYZ ASCII data and a pdf of profile plots. 2. Design, Construction Plans & Specifications APTIM engineers will perform engineering analysis to determine project extents and estimate volumes needed. The goal of the design will be to place material so that the project area will be able to absorb 5 to 6 years of typical erosion in order to last until the next major nourishment project, barring any major storm events. The design will be based on the matrix design method updated with the latest composite erosion rate and 2025 pre-construction survey. After review of the preliminary volume estimates, an analysis will be conducted to optimize placement areas and volumes. APTIM will finalize the quantities and fill areas based on consultation with Collier County and permitting agencies. APTIM will support the County with one coordination meeting related to the project with local stakeholders. APTIM will consult with permit agencies and their consultants, about the newest permit conditions. This will include Specific Conditions described in the November 2017 FDEP Permit No. 0331817- 004-JM., which include • Fill history and incremental volume analysis • Refine beach design to avoid or minimize hardbottom impacts based on the latest physical and biological monitoring surveys. Once the target volumes and placement areas have been approved by the County, APTIM will conduct engineering design work to prepare the construction templates. APTIM's GIS/CAD professionals will work directly with APTIM engineers to update the construction plans including plan views and cross-sections of project areas, beach access, equipment storage areas, environmental protection areas and other information required for execution of this project. The construction plans and volumes for bidding will be based on the 2025 pre-construction surveys performed by APTIM (Task 1). Technical specifications developed for the project will integrate the QA/QC plans, environmental standards, and permit conditions into the work. APTIM will assist the County in preparation of the environmental protection plan, which will be integrated into the bidding documents. APTIM understands that time is of the essence on this truck haul renourishment project and will have plans, specifications and bidding documents prepared 50 days after receipt of NTP to allow Aptim Environmental & Infrastructure, LLC CAO 16B 6 beach renourishment to begin by 11/1/2025, provided that required documentation such as survey data from others and County approvals are received in a timely manner to proceed with the work, 3. Ridding Assistance & Notice to Proceed Once the construction plans and technical specifications are completed, APTIM will provide the FDEP all items necessary to request a Notice to Proceed (NTP) and provide the County with a bid package containing: construction plans, technical specifications, project permits, bid form, contractor questionnaire, and engineer's opinion of probable costs. The questionnaire will be integrated into the technical specifications. APTIM will assist the County in their lead of the bidding process. APTIM will participate in the Pre- Bid Meeting via phone conference, and assist the County in answering technical questions as needed during the bidding process. Once the bids have been opened, APTIM will assist the County in reviewing the bids and provide a recommendation to the County based on a review of the submitted bids. d. Engineer of Record As the Engineer of Record, APTIM will conduct pre-, during- and post-construction tasks necessary for certification of the project. An APTIM engineer will attend the pre-construction conference and update the construction profiles using the pre-construction surveys (Task 1). During construction, APTIM will support the County's inspection efforts and perform weekly site visits to inspect the work and attend weekly construction meetings. It is assumed that there will be up to 10 weeks of active hauling during construction. APTIM will prepare a QA/QC check list, delineating the County, contractor, inspector and APTIM duties as a guideline for during construction coordination. APTIM will prepare a post-construction certification to meet permit requirements, based largely on surveys, weight tickets, daily reports and observations made by the contractor and County inspectors.APTIM will also provide a construction and as-built summary based on the contractor's as-built drawings. It is assumed that the annual physical monitoring survey and engineering report will be contracted by the County under separate work order. The third party's annual monitoring report will serve as the post-construction report and may include APTIM's as-built summary as an appendix. APTIM will review the contractor's pay applications, reconcile and/or review the pay volumes/tonnage based on mine records, weights tickets collected at the beach and physical surveys. Mammary This work will be performed on a lump sum (LS) basis with a cost of $149,010.40 as outlined in the attached fee spreadsheet. The overall time of the contract to complete the surveys, design, construction administration, and Engineer of Record signoff will be within 270 days of receipt of the Notice to Proceed. Assumptions • Dune restoration and dune vegetation are not part of this work assignment. Aptim Environmental & Infrastructure, LLC CAT0 16B 6 • County inspectors will collect weight tickets, observe delivered sand quality and beach construction, and reconcile sand mine records with weight tickets collected at the beach. • The County or a third party will perform and prepare reports on the following tasks: o 2026 Physical Monitoring o Turbidity Monitoring o Biological Monitoring and Hardbottom Edge Surveys o Submerged Aquatic Vegetation Surveys o Marine Turtle Monitoring and Related FWC Coordination o Shorebird Monitoring Aptim Environmental & Infrastructure, LLC Cq0 16B 6 APTIM Exhibit B Fee Proposal 3 16B 6 ti I. III } i1I1 lilt } -11 mli �S Ei - Ra an Iv 'II !! } I - - e I -!! f11 I ill I *.x 1:1.q ill I mssi 'iM P II g 9 fit (CID 16B 6 APTIM Exhibit C Rate Schedule 4 16B 6 DocuSign Envelope ID:80B82885-B471-4CCC-BC63-021 FDAD6CE8B * * * * * SCHEDULE B-ATTACHMENT 1 RATE SCHEDULE Title Hourly Rate Principal $231 Senior Project Manager — $203 Project Manager - — -- $160 - _... Senior Engineer $177 Engineer $130 Senior Inspector $126 _ Inspector $93 Senior Planner $150 Planner $120 Senior Designer �,- $140 ___ Designer -_ _- — $105 Environmental Specialist $120 ��- Senior Environmental Specialist_ $167 Scientist/Geologist $115 Senior Scientist/Geologist $153 Marine Biologist/I lydrogeologist $120 Senior Marine BiologisUl-lydrogcologist $145 Senior GIS Specialist ...__.___ S155 GIS Specialist $115 Clerical/Administrative $73 Senior Technician $103 Technician $83 _ Surveyor and M pper -_$125 CADI)Technician $107 Survey Crew-2 man $145 Survey Crew- 3 man $180 -------- ----- _ Survey Crew-4 man $215 Senior Architect $160 Architect $125 The above hourly rates are applicable to Time and Materials task(s) only. The above list may not be all inclusive. Hourly rates for additional categories required to provide particular project services shall be mutually agreed upon by the County and firm, in writing, on a project by project basis, as needed, and will be set forth in the Work Order agreed upon by the parties. ® Grant Funded: The above rates are for purposes of providing estimate(s), as required by the grantor agency. Page 2 of 3 First Amendment to Agreement!! 18-7432-C7. Aptim Environmental&Infrastructure,LLC t�P 16B 6 Cotaer Comity Procurement Services Division Direct Select Form Request Date Contract No. Proposal Cost Estimate Construction Cost Estimate 1/21/25 18-7432-CZ $150,000 $5M Requested By (Use name as it appears in Outlook): Division / Department: Andrew Miller Transportation Mgmt Svcs Administrative Agent (If different from Requestor): Library Category: Coastal Zone Vendor Name: Aptim Envrironmental & Infrastructure, LLC Work Assignment Title: 2025 Naples Beach Renourishment Design Description of Requested Services: Professional engineering services for the design, bidding, permitting, and construction administration for 2025 Naples Beach Renourishment. Justification: 0 Past experience with project (Select all that apply and explain Cl Continuation of previous work assignment below) 0 Unique qualifications ❑ Other Comments/Explanation of Direct Select: APTIM has designed multiple County beach renourishment projects and are very experienced with the requirements for permitting and design needed to accomplish this project on an accelerated time frame for a November 2025 construction start. Reference PO 4500231654. rnplmry slqned Sy oaa Requestor:Andrew Miller Signature:MillerAndrew7A A27250 l z1 u.o15� Date: oz5 05'00• orelly sgnea by MmadJay Division Director:Jay Ahmad signature:Ah madJ 1 ay a 002025 CI 21 14 20 40 Date: SarahHamilto DIgNaNysgned6y EayahHanFlWn Procurement Director/Designee: Signature:n Dale 2025 01,31 10'1 El 26 Date: •os.00' Please be sure to attach the fully approved form to the requisition in SAP. Rev.January 2024